Loading...
HomeMy WebLinkAboutMINUTES - 09162014 - C.30RECOMMENDATION(S): (1) APPROVE design, plans, and specifications for the above project. (2) DETERMINE that the bid submitted by R&R Design and Construction Corporation (“R & R”) complied with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and WAIVE any irregularities in such compliance and FURTHER DETERMINE that R & R submitted the lowest responsive and responsible bid for this project. (3) AWARD the construction contract for the above project to R & R in the amount of $258,000. DIRECT that the Public Works Director, or designee, shall prepare the contract. (4) DIRECT that R & R shall submit two good and sufficient security bonds (performance and payment bonds) in the amount of $258,000 each. (5) ORDER that, after the contractor has signed the contract and returned it, together with the bonds, evidence of insurance, and other required documents, and the Public Works Director has reviewed and found them to be sufficient, the Public Works Director, or designee, is authorized to sign the contract for this Board. (6) ORDER that, in accordance with the project specification and/or upon signature of the contract by the Public Works Director, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned. APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 09/16/2014 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Candace Andersen, District II Supervisor Karen Mitchoff, District IV Supervisor Federal D. Glover, District V Supervisor ABSENT:Mary N. Piepho, District III Supervisor Contact: Ramesh Kanzaria, (925) 313-2000 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: September 16, 2014 David Twa, County Administrator and Clerk of the Board of Supervisors By: Chris Heck, Deputy cc: PW Accounting, PW CPM Interim Division Manager, PW CPM Clerical, Auditor's Office, County Counsel's Office, County Administrator's Office, County Administrator's Office C. 30 To:Board of Supervisors From:Julia R. Bueren, Public Works Director/Chief Engineer Date:September 16, 2014 Contra Costa County Subject:AWARD Construction Contract for the Relocation of the Sheriff’s Office Records Unit, 2530 Arnold Drive, Martinez, for the Sheriff's Department. RECOMMENDATION(S): (CONT'D) (7) AUTHORIZE the Public Works Director, or designee, to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300. (8) AUTHORIZE the Public Works Director, or designee, to order changes or additions to the work pursuant to Public Contract Code Section 20142. (9) DELEGATE, pursuant to Public Contract Code Section 4114, to the Public Works Director, or designee, the Board’s functions under Public Contract Code Sections 4107 and 4110. (10) DECLARE that, should the award of the contract to R & R be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing in this Board Order shall prevent the Board from re-awarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract, or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). FISCAL IMPACT: Funding for this project is provided by the General Fund. BACKGROUND: The Sheriff's Office Records Unit needs to be moved from its currently-leased location at 500 Court Street, Martinez, to the County-owned building at 2530 Arnold Drive, Suites 170 and 190, Martinez. The project scope includes interior architectural and electrical improvements and modifications, such as wall additions and alterations, painting, floor covering, doors and hardware, lighting, low voltage, and related work. Plans and specifications for the project were prepared for the Public Works Department by Kava Massih Architects and filed with the Clerk of the Board by the Public Works Director. Bids were received and opened by the Public Works Department on August 14, 2014, and the bid results are shown below: BIDDER BASE BID R & R Construction Co., Riverside $258,000 Southland Construction, Pleasanton $303,886 CWS Construction, Novato $380,000 Vila Construction, Richmond $399,587 One of the four bids submitted was below the Architect's Estimate of $275,000. Staff has evaluated the low bid submitted by R & R and their good faith effort documentation. Staff has determined that R & R’s bid is responsive and their good faith effort documentation is in compliance with the County's Outreach Program. The Public Works Director recommends that the Board award the construction contract for this project to R & R, the lowest responsible and responsive bidder, in the amount of $258,000, which is $17,000 less than the Architect’s Estimate of $275,000. The general prevailing rates of wages, which shall be the minimum rates paid on this project, are on file with the Clerk of the Board, and copies are available to any party upon request. CONSEQUENCE OF NEGATIVE ACTION: If the construction contract is not awarded, this would delay relocation of the Sheriff’s Office Records Unit and result in further lease expense to the County while other County-owned facilities are available for occupancy. CHILDREN'S IMPACT STATEMENT: Not applicable.